SOURCES SOUGHT
R -- F-16 Operational Safety, Suitability and Effectiveness (OSS&E) - Draft PWS
- Notice Date
- 5/24/2011
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8232-11-R-TBD1
- Archive Date
- 7/9/2012
- Point of Contact
- C. Bruce Kidd, Phone: 8017772861, Lance S Hardman, Phone: (801) 777-6878
- E-Mail Address
-
Clark.Kidd@hill.af.mil, lance.hardman@hill.af.mil
(Clark.Kidd@hill.af.mil, lance.hardman@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS A. PURPOSE: Hill Air Force Base, OO-ALC/GHBK, seeks information/input from vendors who may provide Advisory & Assistance Services (A&AS) for F-16 Operational Safety, Suitability and Effectiveness (OSS&E). The OSS&E includes engineering, technical, management, and logistics support for the overall analysis, support, and sustainment of projects and workloads concerned with F-16 aircraft systems, subsystems, processes, and programs. OSS&E overarches systems engineering, aircraft air worthiness, logistics, sustainment, and modification management. B. BUSINESS SUMMARY: These are firm-fixed-price (FFP), performance based services with an estimated price of $210K per annum. A core requirement consisting of a one-year base with two 6-month option periods is projected (September 2011 through August 2013). Options are anticipated pending funds availability. These are not inherently governmental functions, personal services, or Mission Essential services. Travel costs on a cost reimbursement basis are estimated at $5K per year. C. DISCLAIMER: Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This Synopsis does not constitute a Request for Proposals (RFP) or an Invitation for Bids (IFS), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither neither award a contract solely on the basis of this notice nor pay for any information that is submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties, on an as-required basis, for further clarification on information provided. This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. The Government may use the capabilities information gathered from this Sources Sought Synopsis to develop an acquisition strategy. Foreign participation on this contract is not authorized. D. SMALL BUSINESS (SB) SET-ASIDE: No set-aside decision has been made. Air Force will use the response(s) to this synopsis to assess the possibilities of set-asides such as HUB Zone, WOSB, SDVOSB, or 8(a), if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a SB Set Aside is that small business prime contractors must perform at least 50% of the effort as defined in Federal Acquisition Regulation (FAR) clause 52.219-14*, Limitations on Subcontracting. NOTE: If a SB Set-Aside determination is made for these proposed services, at least 50 percent of the Firm Fixed Price of contract performance incurred for personnel shall be expended for employees of the concern (i.e. prime SB contractor). *FAR 52.219-14, Limitations on Subcontracting (Dec 1996) (a) This clause does not apply to the unrestricted portion of partial set-aside. (b) By submission of an offer and execution of a contract, the offeror/contractor agrees that in performance of the contract in the case of a contract for: (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Capability statements and the summary table submitted by large business, if any, must discuss the potential for achievement of DoD and Air Force small business goal categories such as Historically Black Colleges and Universities (HBC&U), Women Owned Small Business (WOSB), Small Disadvantages Business (SDB), Veteran Owned Small Business (VOSB), etc. E. NAICS and SIZE STANDARD: The Small Business Administration (SBA) uses the North American Industry Classification System (NAICS) Codes to establish size standards on an industry-by-industry basis. The proposed contract will utilize NAICS code 541330, Engineering Services, with a size standard threshold of $27M. F. SERVICE OVERVIEW: The contractor will monitor, review, and support the management, sustainment and control of identified projects/programs to completion while providing technical assistance to the Chief Engineer for the resolution of technical/system problems encountered. This will include analysis of current USAF technical data to provide subject matter expertise in the area of OSS&E and to provide reports describing the OSS&E characterization of F-16 on-board end-items. G. SERVICE REQUIREMENTS: Please see attached "draft" performance work statement (PWS) (Attachment 1) for a detailed list of requirements as presently anticipated. Please forward any questions and/or comments concerning the PWS to the Air Force POCs in Paragraph K below. H. CAPABILITIES PACKAGES: Interested parties must submit a capabilities package that is brief and concise, yet clearly demonstrated their abilities to meet the PWS requirements with sufficiently qualified personnel. The capabilities package should clearly present evidence that the interested party is fully capable of providing the required services and, as such, may contain any information (subject to the page limitations states below) the interested party feels is relevant. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. I. FORMAT OF CAPABILITES PACKAGE: The response must not exceed five single-spaced, 12 point typed pages. Double-sided pages will be counted as two. All materials submitted in response to this sources sought synopsis must be received no later than 8 June 2010. J. COMPANY INFORMATION: Provide the following information about your company: (a) Company name, DUNS and CAGE code. (b) Business size classification for NAICS code 541330 and qualifications for sub-category (i.e. 8(a), HUBZone, SDVOSB, etc). (c) Points of contact, addressed, phone numbers and e-mail. (d) Discuss the term and contact number of any contracts for similar services. (e) Corporate or governmental points of contact, addresses, phone numbers and e-mail for any contracts discussed in subparagraph J.(d) above. K. AF POCs: Questions concerning this requirement should be electronically sent to both the Contract Negotiator C. Bruce Kidd, email: clark.kidd@hill.af.mil, phone: (801) 777-2861 and to the Contracting Officer Lance Hardman, email: lance.hardman@hill.af.mil, phone: 777-6878. L. INDUSTRY RESPONSES: Responses should be submitted electronically no later than 4:00 PM (EDT), Wednesday, 08 June, 2012 to the contract negotiator listed above (see paragraph K). Late responses may not be reviewed. Contracting Office Address: OO-ALC/GHBK 6072 Fir Avenue, Building 1233 Hill Air Force Base, UT 84056-5820
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8232-11-R-TBD1/listing.html)
- Place of Performance
- Address: OO-ALC/GHBK, 6072 Fir Avenue, Building 1233, Hill Air Force Base, UT 84056-5820, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN02455125-W 20110526/110524234230-811a737f71af5a77063808872bd5699d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |